Bid Submittal Package - City Of Tacoma

2y ago
59 Views
2 Downloads
1.62 MB
24 Pages
Last View : 10d ago
Last Download : 3m ago
Upload by : Jacoby Zeller
Transcription

Bid Submittal PackageCity of TacomaEnvironmental Services DepartmentSPECIFICATION NO.ES20-0177FSolid Waste ManagementSSI Compactor MaintenanceProject No. ENV-00116-04-01

BID SUBMITTAL PACKAGETABLE OF CONTENTSREQUEST FOR BIDSSPECIAL REMINDER TO ALL BIDDERSSPECIAL NOTICE TO BIDDERSFORMS TO BE RETURNED WITH BID SUBMITTAL:123456Bid ProposalSignature PageBid BondCertification Of Compliance With Wage Payment StatutesState Responsibility and Reciprocal Bid Preference InformationSBE Goal Utilization Form/Tacoma Municipal CodeSPECIAL NOTEThe Bid Proposal and Contract forms have been included in both the Specifications Bookand the Bid Submittal Package. The forms in the Specifications Book are forinformational purposes only and need not be completed or submitted with the Bid. Allforms in the Bid Submittal Package must be completed and submitted with the bid.

City of TacomaEnvironmental Services/Solid Waste ManagementREQUEST FOR BIDS, Specification No. ES20-0177FSolid Waste Management SSI Compactor MaintenanceSubmittal Deadline: 11:00 a.m., Pacific Time, Tuesday, June 30, 2020Submittal Delivery: Sealed submittals will be received as follows:By Email:bids@cityoftacoma.orgMaximum file size: 35 MB. Multiple emails may be sent for each submittalBy Mail:City of Tacoma Procurement & Payables DivisionTacoma Public UtilitiesPO Box 11007Tacoma, WA 98411-0007Until further notice, public Bid Opening meetings have been cancelled.Submittals in response to a RFB will be recorded as received. As soon as possible on the day ofsubmittal deadline, preliminary results will be posted to www.TacomaPurchasing.org.Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed andobtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. Register for the Bid Holders List to receive notices of addenda, questions and answers and relatedupdates.Click here to see a list of vendors registered for this solicitation.Pre-Proposal Meeting: A pre-proposal meeting will not be held.Project Scope: The City of Tacoma (City), Environmental Services Department, Solid Waste ManagementDivision is soliciting a Request for Bid (RFB) from qualified firms to furnish labor, materials, parts andsupervision to perform maintenance, repair, renovation, and other mutually agreed upon work on the City’sEast & West Compactor equipment at City of Tacoma, Solid Waste Management’s Resource and TransferStation. The equipment includes two compactor systems manufactured by SSI Shredding Systems Inc., modelnumber 4500 SPH . The contract resulting from this RFB will also allow for hiring the required craft andprofessional staff, and material and parts procurement as may be required by Solid Waste Management forthis equipment maintenance.Estimate: N/APaid Leave and Minimum Wage: Effective February 1, 2016, the City of Tacoma requires all employers toprovide paid leave and minimum wages, as set forth in Title 18 of the Tacoma Municipal Code. For moreinformation visit www.cityoftacoma.org/employmentstandards.Form No. SPEC-040CRevised: 03/23/2020

Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 ofthe Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits tonondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can bemade available in an alternate format by emailing Gail Himes at ghimes@cityoftacoma.org, or by calling hercollect at 253-591-5785.Additional Information: Requests for information regarding the specifications may be obtained by contactingSamol Hefley, Senior Buyer by email to shefley@cityoftacoma.org.Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures forprotests submitted prior to and after submittal deadline.Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons withdisabilities can be arranged with 48 hours advance notice by calling 253-502-8468.Form No. SPEC-040CRevised: 03/23/2020

SPECIAL REMINDER TO ALL BIDDERSPLEASE NOTE: Be sure you have complied with all specifications andrequirements and have signed all required documents.YOUR ATTENTION IS PARTICULARLY CALLED to the following forms, whichmust be executed in full before the bid is submitted:1. BID PROPOSAL: The unit prices bid must be shown in the spaceprovided. Check your computations for omissions and errors.2. SIGNATURE PAGE: To be filled in and executed by a duly authorizedofficer or representative of the bidding entity. If the bidder is a subsidiary ordoing business on behalf of another entity, so state, and provide the firmname under which business is hereby transacted.3. BID BOND: The Bid Bond must be executed by the person legallyauthorized to sign the bid, and must be properly signed by therepresentatives of the surety company unless the bid is accompanied by acertified check. If Bid Bond is furnished, the form furnished by the City mustbe followed; no variations from the language thereof will be accepted. Theamount of the Bid Bond must be not less than 5% of the total amount bid.4. CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES:Bidder shall complete this form in its entirety to ensure compliance withstate legislation (SHB 2017).5. STATE RESPONSIBILITY AND RECIPROCAL BID PREFERENCEINFORMATION: Bidder shall complete this form in its entirety to ensurecompliance with state legislation (SHB 2010).6. SUBCONTRACTOR LIST: Bidder shall list all subcontractor(s) proposed toperform the work of heating, ventilation and air conditioning, plumbing, asdescribed in Chapter 18.106 RCW, and electrical as described in Chapter19.28 RCW.FAILURE TO LIST SUBCONTRACTORS WILL RESULT IN THE BIDBEING NON-RESPONSIVE AND THEREFORE VOID.7.STATEMENT OF QUALIFICATIONS: The Contractor or subcontractorshall fill out this form in its entirety proving they meet the requirements asoutlined in these specifications. It shall be the sole determination of theEngineer to determine if the Contractor/subcontractor does in fact meetthe requirements. This is a condition of award of the contract.

8. SMALL BUSINESS ENTERPRISE (SBE):Equal Opportunity and Small Business Enterprise forms must be fully andaccurately completed and returned at the time of the submission of bids.These forms are used to determine if the bidder complies with Chapter 1.07of the City of Tacoma Municipal Code (TMC) and Washington law.The SBE goal for this project is 0 percent.a. The following steps shall be used to determine the level of SBE usage: If the low bidder meets the SBE goal, the bid shall be presumed thelowest and best responsible bid for contract award.If the lowest priced bid does not meet the SBE goal, but the bid ofany other responsive and responsible bidder does, and such otherbid(s) is or are priced within five percent of the lowest bid, then thefollowing formula shall be applied to each such other bid: SBE Usage Percentage ( BaseBid ) x (.05 x Low Base Bid ) Evaluated Bid SBE Goal Percentage NOTE: The ratio of SBE usage to the SBE goal in this formulaabove shall not exceed 1.b. For the purposes of determining the Evaluated Bid, all alternates,additives, and deductives selected by the City will be added to the basebid as indicated in the Bid Proposal.c. Contractors are also subject to the City’s ordinance and regulationspertaining to having an affirmative action program and prohibitingdiscrimination. Please contact the SBE Office at (253) 591-5224 forassistance. The list of SBE subcontractors is available at:https://www.cityoftacoma.org/government/city departments/community and economic development/small business enterprise/s b evendors/

9. EQUAL EMPLOYMENT OPPORTUNITIES: The City of Tacoma’s PrimeContractor’s Pre-Work Form shall be completed by the bidder andsubmitted with the bid. This form is used to determine the bidder’s EEOpractices in accordance with Executive Order 11246 and TMC 10.26.POST AWARD FORMS EXECUTED UPON AWARD:A. CONTRACT: Must be executed by the successful bidder.B. PAYMENT BOND TO THE CITY OF TACOMA: Must be executed bythe successful bidder and his/her surety company.C. PERFORMANCE BOND TO THE CITY OF TACOMA: Must beexecuted by the successful bidder and his/her surety company.D. CERTIFICATE OF INSURANCE: Shall be submitted with all requiredendorsements.E. LEAP UTILIZATION PLAN: Shall be submitted at the Pre-ConstructionMeeting.F. GENERAL RELEASE.CODE OF ETHICS: The successful bidder agrees that its violation of theCity’s Code of Ethics contained in TMC Chapter 1.46 shall constitute a breachof the contract subjecting the contract to termination.LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM(LEAP):The Local Employment and Apprenticeship Training Program (LEAP) has beenadopted to counteract economic and social ills, which accompany high rates ofunemployment within the City of Tacoma. The Tacoma City Councilestablished the mandatory LEAP program for public works contracts pursuantto Ordinance No. 28520. The primary goal is to provide an opportunity for Cityof Tacoma residents and Tacoma Public Utilities ratepayers to enterapprenticeship programs, acquire skills, and perform work that will provideliving wages.LEAP Goals:1. Local Employment Utilization Goal – Prime contractor is required toensure that 15 percent of the labor hours worked on the project areperformed by residents of the City of Tacoma or economically distressedareas of the Tacoma Public Utilities service area.

2. Apprentice Utilization Goal - Prime contractor is required to ensure that 15percent of the labor hours worked on the project are performed byapprentices who reside in the Tacoma Public Utilities service area.NOTE: The two goals can be satisfied concurrently if the prime contractorutilizes individuals who simultaneously meet the requirements of both goals,such as an apprentice who resides in an economically distressed area of theTacoma Public Utilities service area.

CITY OF TACOMAFINANCE/PURCHASING DIVISIONSPECIAL NOTICE TO BIDDERSPublic works and improvement projects for the City of Tacoma are subject to Washington statelaw and Tacoma Municipal Code, including, but not limited to the following:I.STATE OF WASHINGTONA. RESPONSIBILITY CRITERIA – STATE OF WASHINGTONIn order to be considered a responsible bidder the bidder must meet the following mandatorystate responsibility criteria contained in RCW 39.04.350:1. Have a current certificate of registration as a contractor in compliance with chapter 18.27RCW, which must have been in effect at the time of bid submittal;2. Have a current Washington Unified Business Identifier (UBI) number;3. If applicable:a. Have Industrial Insurance (workers' compensation) coverage for the bidder’semployees working in Washington, as required in Title 51 RCW;b. Have a Washington Employment Security Department number, as required in Title50 RCW;c. Have a Washington Department of Revenue state excise tax registration number, asrequired in Title 82 RCW and;4. Not be disqualified from bidding on any public works contract under RCW 39.06.010(unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).5. Have received training on the requirements related to public works and prevailing wageunder this chapter and chapter 39.12 RCW and must designate a person or persons tobe trained on these requirements. The training must be provided by the department oflabor and industries or by a training provider whose curriculum is approved by thedepartment. Bidders that have completed three or more public works projects and havehad a valid business license in Washington for three or more years are exempt from thissubsection.B. RECIPROCAL PREFERENCE FOR RESIDENT CONTRACTORS:Effective March 30, 2012, RCW 39.04.380 imposes a reciprocal preference for residentcontractors. Any bid received from a non-resident contractor from a state that provides an instate percentage bidding preference is subject application of a comparable percentagedisadvantage.A non-resident contractor from a state that provides an in-state percentage bidding preferencemeans a contractor that:1. Is from a state that provides a percentage bid preference to its resident contractorsbidding on public works projects, and2. Does not have a physical office located in Washington at the time of bidding on the Cityof Tacoma public works project.The state of residence for a non-resident contractor is the state in which the contractor wasincorporated, or if not a corporation, the state in which the contractor’s business entity wasformed.Revised: 06/13/19Page 1 of 4

The City of Tacoma will evaluate all non-resident contractors for an out of state bidderpreference. If the state of the non-resident contractor provides an in state contractorpreference, a comparable percentage disadvantage will be applied to the non-residentcontractor’s bid prior to contract award. The responsive and lowest and best responsible bidderafter application of any non-resident disadvantage will be awarded the contract.The reciprocal preference evaluation does not apply to public works procured pursuant to RCW39.04.155, RCW 39.04.280, federally funded competitive solicitations where such agenciesprohibit the application of bid preferences, or any other procurement exempt from competitivebidding.Bidders must provide the City of Tacoma with their state of incorporation or the state in whichthe business entity was formed and include whether the bidder has a physical office located inWashington.The bidder shall submit documentation demonstrating compliance with above criteria on theenclosed State Responsibility and Reciprocal Bidder Information form.C. SUBCONTRACTOR RESPONSIBILITY1. The Contractor shall include the language of this subcontractor responsibility section ineach of its first tier subcontracts, and shall require each of its subcontractors to includethe same language of this section in each of their subcontracts, adjusting only asnecessary the terms used for the contracting parties. The requirements of this sectionapply to all subcontractors regardless of tier.2. At the time of subcontract execution, the Contractor shall verify that each of its first tiersubcontractors meets the following bidder responsibility criteria:a. Have a current certificate of registration as a contractor in compliance with chapter18.27 RCW, which must have been in effect at the time of subcontract bid submittal;b. Have a current Washington Unified Business Identifier (UBI) number;c. If applicable, have:a. Have Industrial Insurance (workers' compensation) coverage for the bidder’semployees working in Washington, as required in Title 51 RCW;b. A Washington Employment Security Department number, as required in Title 50RCW;c. A Washington Department of Revenue state excise tax registration number, asrequired in Title 82 RCW;d. An electrical contractor license, if required by Chapter 19.28 RCW;e. An elevator contractor license, if required by Chapter 70.87 RCW and;3. Not be disqualified from bidding on any public works contract under RCW 39.06.010(unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).Revised: 06/13/19Page 2 of 4

II. CITY OF TACOMAA. SUPPLEMENTAL RESPONSIBILITY CRITERIA – CITY OF TACOMA:In order to be considered a responsible bidder, the prospective bidder shall have all of thefollowing qualifications set forth in Tacoma Municipal Code 1.06.262:1. Adequate financial resources or the ability to secure such resources;2. The necessary experience, stability, organization and technical qualifications to performthe proposed contract;3. The ability to comply with the required performance schedule, taking into considerationall existing business commitments;4. A satisfactory record of performance, integrity, judgment and skills; and5. Be otherwise qualified and eligible to receive an award under applicable laws andregulations.a. Bidder Responsibility. Bidders shall not be in violation of 39.04.350 RCW BidderResponsibility Criteria - Supplemental Criteria.In addition to the mandatory bidder responsibility criteria listed immediately above, the City may,in addition to price, consider any or all of the following criteria contained in Tacoma MunicipalCode Chapter 1.06.262 in determining bidder responsibility:1. The ability, capacity, experience, stability, technical qualifications and skill of therespondent to perform the contract;2. Whether the respondent can perform the contract within the time specified, without delayor interference;3. Integrity, reputation, character, judgment, experience, and efficiency of the respondents,including past compliance with the City’s Ethics Code;4. Quality of performance of previous contracts;5. Previous and existing compliance with laws and ordinances relating to contracts orservices;6. Sufficiency of the respondent’s financial resources;7. Quality, availability, and adaptability of the supplies, purchased services or public worksto the particular use required;8. Ability of the respondent to provide future maintenance and service on a timely basis;9. Payment terms and prompt pay discounts;10. The number and scope of conditions attached to the submittal;11. Compliance with all applicable City requirements, including but not limited to the City'sEthics Code and its Small Business Enterprise and Local Employment andApprenticeship programs;12. Other qualification criteria set forth in the specification or advertisement that theappropriate department or division head determines to be in the best interests of theCity.The City may require bidders to furnish information, sworn or certified to be true, to demonstratecompliance with the City responsibility criteria set forth above. If the city manager or director ofutilities is not satisfied with the sufficiency of the information provided, or if the prospectiverespondent does not substantially meet all responsibility requirements, any submittal from suchrespondent must be disregarded.Revised: 06/13/19Page 3 of 4

B. MODIFICATIONS TO SUPPLEMENTAL CRITERIAPotential bidders may request modifications to the City’s supplemental criteria by submitting awritten request to the Purchasing Division no later than 5:00 p.m. Pacific Time, three days priorto the submittal deadline. Please include the Specification No. and Title when submitting suchrequests. Requests must include justification for why certain criteria should be modified.Requests received after this date and time will not be considered.Requests for modifications to the supplemental criteria may be submitted via postal mail ordelivered personally, or sent by e-mail or fax, within the above timeline as follows:By Carrier:City of Tacoma Procurement & PayablesDivisionTacoma Public Utilities3628 S 35th StreetTacoma, WA 98409By Mail:City of Tacoma Procurement & PayablesDivisionTacoma Public UtilitiesPO Box 11007Tacoma, WA 98411-0007In Person:City of Tacoma Procurement & PayablesDivisionTacoma Public Utilities Lobby Security DeskAdministration Building North – Main Floor3628 S 35th StreetTacoma, WA 98409Fax: 253-502-8372E-mail: bids@cityoftacoma.orgThe City will respond to a timely submitted request prior to the bid opening date. Changes tothe supplemental criteria, if warranted, will be issued by addendum to the solicitation documentsand posted to the City’s website for the attention of all prospective bidders.C. DETERMINATION OF BIDDER RESPONSIBILITYIf the City determines the bidder does not meet the criteria above and is therefore not aresponsible bidder, the City shall notify the bidder in writing with the reasons for itsdetermination. If the bidder disagrees, the bidder may appeal the determination in a mannerconsistent with the City’s Protest Policy. Appeals are coordinated by the Purchasing Divisionheard by the Procurement and Payables Division Manager for contracts less than or equal to 200,000 and by Contracts and Awards Board for contracts greater than 200,000.Revised: 06/13/19Page 4 of 4

Solid Waste Management SSI Compactor MaintenanceServices Specification No. ES20-0177FPROPOSAL PAGEName of Firm:(Write in company name)In compliance with Request for Bid, the following proposal is submitted:ITEM 1 –RATES:Furnish maintenance labor rate, travel and expenses or multiplier for:Rate/DescriptionChargeMaintenance Service Daily Rate (8 hour day) Travel Day Rate, per day Hourly Rate Overtime and WeekendsPer Mile Travel Rate – Service VehicleService Equipment Daily Rate ITEM 2 – MATERIAL AND EQUIPMENT MULTIPLIER:Furnish material and equipment at cost plus multiplier:MULTIPLIER:MULTIPLIER:ITEM 3 – SUBCONTRACTING MULTIPLIER:Provide subcontracting services as needed at costplus multiplier:PROPOSAL PAGE

SIGNATURE PAGECITY OF TACOMAENVIRONMENTAL SERVICES/SOLID WASTE MANAGEMENTAll submittals must be in ink or typewritten, executed by a duly authorized officer or representative ofthe bidding/proposing entity, and received and time stamped as directed in the Request for Bid pagenear the beginning of the specification. If the bidder/proposer is a subsidiary or doing business onbehalf of another entity, so state, and provide the firm name under which business is herebytransacted.REQUEST FOR BID SPECIFICATION NO. ES20-0177FSOLID WASTE MANAGEMENT/SSI COMPACTOR MAINTENANCEThe undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish allmaterials, labor, tools, equipment and all other facilities and services in accordance with thesespecifications.The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the eventany litigation should arise concerning the submission of bids/proposals or the award of contract underthis specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue ofsuch action or litigation shall be in the Superior Court of the State of Washington, in and for the Countyof Pierce.Non-Collusion DeclarationThe undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal isgenuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any personor entity not herein named; and that said bidder/proposer has not directly or indirectly induced orsolicited any contractor or supplier on the above work to put in a sham bid/proposal or any person orentity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner,sought by collusion to secure to itself an advantage over any other contractor(s) or person(s).Bidder/Proposer’s Registered NameAddressSignature of Person Authorized to Enterinto Contracts for Bidder/ProposerDatePrinted Name and TitleCity, State, ZipE-Mail AddressE.I.No. / Federal Social Security Number Used on QuarterlyFederal Tax Return, U.S. Treasury Dept. Form 941(Area Code) Telephone Number / Fax NumberState Business License Numberin WA, also known as UBI (Unified Business Identifier) NumberState Contractor’s License Number(See Ch. 18.27, R.C.W.)Addendum acknowledgement #1 #2 #3 #4 #5THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL.Form No. SPEC-080ARevised: 04/07/2020

Herewith find deposit in the form of a cashier’s check in the amount of whichamount is not less than 5-percent of the total bid.SIGN HEREBID BONDKNOW ALL MEN BY THESE PRESENTS:That we, , as Principal, and, as Surety, are heldand firmly bound unto the City of Tacoma, as Obligee, in the penal sum ofdollars, for the payment of which the Principaland the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly andseverally, by these presents.The condition of this obligation is such that if the Obligee shall make any award to the Principal foraccording to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly makeand enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award andshall give bond for faithful performance thereof, with Surety or Sureties approved by the Obligee; or if thePrincipal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the depositspecified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in fullforce and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidateddamages, the amount of this bond.SIGNED, SEALED AND DATED THIS DAY OF , 20 .PRINCIPAL:SURETY:, 20Received return of deposit in the sum of Form No. SPEC-090ARevised: 08/2004

City of TacomaCertification of Compliance with Wage Payment StatutesThe bidder hereby certifies that, within the three-year period immediately precedingthe bid solicitation date June 16, 2020, that the bidder is not a “willful”violator, as defined in RCW 49.48.082, of any provision of chapters 49.46,49.48, or 49.52 RCW, as determined by a final and binding citation and notice ofassessment issued by the Department of Labor and Industries or through acivil judgment entered by a court of limited or general jurisdiction.I certify under penalty of perjury under the laws of the state of Washington that theforegoing is true and correct.BidderSignature of Authorized Official*Printed NameTitleDateCheck One:Individual CityPartnership StateJoint Venture Corporation State of Incorporation, or if not a corporation, the state where business entity wasformed:If a co-partnership, give firm name under which business is transacted:* If a corporation, proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership,proposal must be executed by a partner.Certification of Compliance with Wage Payment Statutes09/20/2018

Specification No.Name of Bidder:State Responsibility and Reciprocal Bid Preference InformationCertificate of registration as a contractor(Must be in effect at the time of bid submittal):Number:Effective Date:Expiration Date:Current Washington Unified Business Identifier(UBI) Number:Number:Do you have industrial insurance (workers’ compensation)Coverage nor your employees working in Washington?Washington Employment Security Department Number Yes No Not ApplicableNumber: Not ApplicableWashington Department of Revenue state excise taxRegistration number:Number: Not ApplicableHave you been disqualified from bidding any publicworks contracts under RCW 39.06.010 or 39.12.065(3)? Yes NoIf yes, provide an explanation of yourdisqualification on a separate page.Do you have a physical office located in the state ofWashington? YesIf incorporated, in what state were you incorporated?State:If not incorporated, in what state was your businessentity formed?State:Have you completed the training required by RCW39.04.350, or are you on the list of exempt businessesmaintained by the Department of Labor and Industries? YesRevised: 07/20/2007, 04/12/2012, 06/21/2019 No Not Incorporated No

SBE GOAL UTILIZATION FORMSMALL BUSINESS ENTERPRISE REQUIREMENTS & PROCEDURES:All bidders must complete and submit with their bid the following solicitation formscontained in the bid submittal package:City of Tacoma – Prime Contractor’s Pre-Work FormIMPORTANT NOTE:It is the bidder’s responsibility to insure that the SBE subcontractor(s) listed on the SBEUtilization Form are currently certified by the City of Tacoma at the time of bid opening.This may be verified by contacting the SBE Program Office at (253) 591-5075 between8 AM and 5 PM, Monday through Friday. This form must have clear expression of SBEparticipation your company will use on this project. Ordinance 27867, passed by theCity Council on December 15, 2009, establishes the overall SBE goal of 22%, exceptwhere modified through appropriate procedures. Please refer to the City of TacomaSBE Provisions included elsewhere in these Special Provisions.SBE GOAL: The SBE office has determined a zero (0) SBE goal shouldapply to this project. .Due to limited scope and low dollar value, noreasonable opportunity for subcontracting exists.For any questions or concerns, please call the SBE Office at (253) 591-5075MATERIAL MISSTATEMENTS CONCERNING COMPLETED ACTIONS BY THEBIDDER IN ANY SWORN STATEMENT OR FAILURE TO MEET COMMITMENTS ASINDICATED ON THE SBE UTILIZATION FORM MAY RENDER THE BIDDER INDEFAULT OF CITY ORDINANCE 27867.CCD/SBE/Single Trade: ES20-0177FDate of Record: 1/28/2020

Tacoma Municipal CodeCHAPTER 1.07EQUITY IN 1.07.1101.07.1201.07.1301.07.140Policy and purpose.Definitions.Discrimination prohibited.Program administration.Certification.Program requirements.Evaluation of submittals.Contract compliance.Program monitoring.Enforcement.Remedies.Unlawful acts.Severability.Review of program.1.07.010Policy and purpose.It is the policy of the City of Tacoma that citizens be afforded an opportunity for full participation in our free enterprisesystem and that historically underutilized business enterprises shall have an equitable opportunity to participate in theperformance of City contracts. The City finds that in its contracting for supplies, services and public works, there has beenhistorical underutilization of small and minority-owned businesses located in certain geographically and economicallydisfavored locations and that this underutilization has had a deleterious impact on the economic well-being of the City. Thepurpose of this chapter is to remedy the effects of such underutilization through use of narrowly tailored contractingrequirements to increase opportunities for historically underutilized businesses to participate in City contracts. It is the goal ofthis chapter to facilitate a

The Bid Proposal and Contract forms have been included in both the Specifications Book and the Bid Submittal Package. The forms in the Specifications Book are for informational purposes only and need not be completed or submitted with the Bid. All forms in the Bid Submittal Package must be completed and submitted with the bid.

Related Documents:

Bid/Proposal Title: Bid/Proposal Number: Indicate what part of the bid this form package is being submitted for: 1. Base Bid/Proposal Only: 2. Base Bid/Proposal with Alternates*: (List Alternate #s ) 3. Only Bid/Proposal Items*: (List Item #s ) *If you are only bidding on certain items or alternates on a bid/proposal, indicate the alternates

Aug 27, 2019 · SUBMISSION OF BID: a. Bids must be sealed in an envelope, and the outside of the envelope should be marked with the following information: 1. Marked with the words “Sealed Bid”. 2. Name of the firm submitting the Bid. 3. Title of the Bid. 4. Bid Number. 5. Bid Due Date. 6. Contact e-mail and telephone number. b. The bid must be submitted as .

3.3 A bid that contains any escalation clause is considered invalid. 3.4 Bidders shall include a Bid Bond or other approved bid security with the bid form submitted to the Owner when the bid form indicates such bid security is required. The bond value shall be 5% of the bid amount. The form of bond is shown in section 00 43 13.

sealed Bid Proposals for the Contract for the Work generally described as 2017-12 HVAC. 1. Submittal of Bid Proposals. All Bid Proposals must be submitted on forms furnished by the District prior to the last time for submission of Bid Proposals and the District's public opening and reading of Bid Proposals. 2. Bid and Contract Documents.

The submittal items managed for a project can be packaged in the e-Builder system. The packages can be categorized by trade or CSI code, depending on the needs of the user managing the items. Once a Submittal Package is created, items contained in the Submittal Register can be added to their perspective package and transmitted for a formal .

Bid security in the form of a bid bond, payable to the Town of Manchester, is required in the sum of 5 percent (5%) of the total bid. Bid security shall be subject to the conditions set forth in the Standard Instructions to Bidders. No bidder may withdraw their bid for a period of sixty (60) days after the date of bid opening.

to Bid form (SBD1) and requisite bid forms attached as (Part 4) with its bid. Bidders must take careful note of the special conditions. 2.2 All bids submitted in reply to this invitation to bid should incorporate all the forms, parts, certificates and other documentation forming part of this invitation to bid, duly completed and

Microsoft Word - Space Tourism reading comprehension.docx Created Date: 3/27/2018 9:06:16 AM .